SOLICITATION NOTICE
R -- Glen Canyon Dam Adaptive Management Program - Note Taking/Transcription Support
- Notice Date
- 2/24/2020 3:49:55 PM
- Notice Type
- Presolicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
- ZIP Code
- 84138
- Solicitation Number
- 140R4020Q0022
- Response Due
- 3/10/2020 8:59:59 PM
- Archive Date
- 03/25/2020
- Point of Contact
- Goss, Jolyn
- E-Mail Address
-
jgoss@usbr.gov
(jgoss@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION Glen Canyon Dam Adaptive Management Program Note Taking Support for Meetings 140R4020Q0022 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 140R4020Q0022 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04 effective 1/15/2020. This is a total small business set-aside under NAICS 561110 with an associated small business size standard of $8M. Statement of Work Objectives: The purpose of this requirement is to provide administrative / note taking support services required by the Glen Canyon Dam Adaptive Management Program (GCDAMP) for Federal Advisory Committee (FACA) meetings which include, Adaptive Management Work Group (AMWG) meetings (3 times/year), Technical Work Group (TWG) meetings (4 times/year), and potentially Ad Hoc work groups meetings. Two months prior to the in-person meetings, the COR will provide the dates, times, and location for the next meeting. Advance notification will be provided as soon as practical for virtual meetings, and no later than one week prior. The specific work is described below in Section I. Background: In 1995, Secretary of the Interior, Bruce Babbitt, created the GCDAMP in response to an Environmental Impact Statement on the Operations of Glen Canyon Dam. The GCDAMP is responsible for implementation of the Grand Canyon Protection Act of 1992, to monitor the operation of Glen Canyon Dam, to ensure the dam is operated in compliance with a range of laws and regulations and mitigate any significant environmental impacts to Glen and Grand canyons. This program is considered to be one of the most successful examples of adaptive management in the country. The GCDAMP is a FACA, comprised of a variety of stakeholders with disparate interests in the resource. They range from federal and state agencies, Native American Indian Tribes, the Colorado River Basin States, electrical utility consortia, recreational groups, and environmental groups. The AMWG strives for balance and consensus on how to protect downstream resources in Glen and Grand canyons and in their recommendations to the Secretary of the Interior (Secretary) or Secretary�s Designee on the operation of Glen Canyon Dam. Information related to the Program is available on the Program website accessible through https://www.usbr.gov/uc/progact/amp/amwg.html. Period of Performance: This requirement will be in effect for one base year after the date of award with up to 4 option periods. Billing: Invoices shall be submitted after work is performed. Work performed shall be invoiced separately for each committee and work group. Government Furnished Information: Contractor will have access to the Program website, and will be provided Program meeting agendas, information and documents, electronic or otherwise, for review prior to the meetings. The vendor is to provide all materials, supplies and equipment required to perform the services necessary under this contract. Work to be Performed and Deliverables: The Contractor shall provide all personnel, equipment and supplies needed to accomplish the following work and deliver the following products: The specific work to be performed under this requirement and deliverables are described below. Example meeting minutes for each type of meeting can be found on the website given above. The example minutes are meant to show the flow of the meeting agendas and the type of information to be included and do not reflect or limit potential vendors to that particular format, rather they are only for an example. Work described below shall adhere to the following standards and requirements: The Contractor shall provide all personnel, equipment and supplies needed to accomplish the following work and deliver the following products: Documentation/Notes from these meetings shall contain clear and concise information including but not limited to: participant names, accurate interpretations of the information and statements provided. Documentation/Notes provided shall not exceed 30 pages per meeting. Documentation/Notes shall contain a one-page index containing all acronyms and their meanings. Documentation/Notes shall be professional in nature and technically and scientifically accurate. Documents provided as deliverable shall be ensured to be grammatically correct and have been spell checked before submission to the Contracting Officer�s Technical Representative for distribution. Documents/Notes provided shall be submitted in Microsoft Word and Adobe PDF versions and have already been checked and validated for accessibility and Section 508 Compliance. I. Program Meeting Support Services The Program requires administrative/note taking meeting support services to accurately document the discussions, decisions, motions, action items, and recommendations to further its goals and objectives. The contractor delivering this support service shall serve as a technical writer documenting the Program meetings. They must be able to document highly technical conversations and capture multiple viewpoints of controversial topics and subjects in a clear and concise writing style, with a focus on decisions, action items, and next steps. They must be familiar with terms related to most of the following topics: biology, ecology, geomorphology, habitat restoration and improvement; hydrological measurements; endangered species monitoring, and reintroduction activities; species research, genetics, and viability modeling; and recovery planning efforts for endangered species. Contractors may document all meetings with contractor-provided recording devices for later transcription and reference. AMWG In-Person Meeting Support. The AMWG currently meets twice a year (2-day meetings; 16 total hours each meeting) in person, typically in February (Phoenix) and August (Flagstaff). NOTE: The first AMWG meeting will take place prior to the awarding of this contract February 11-12, 2020. This meeting will be recorded by the government with the recording provided to the contractor for transcription after the contract is awarded (Tasks 2-5). This recording will consist of 16 hours of meeting time. Tasks for each AMWG meeting (other than the first one) include: Task 1: Arrive at meetings 15 minutes in advance of meeting start time to set up equipment and coordinate with the COR. Take detailed meeting minutes, including decisions and action items, during each AMWG meeting. The format to be followed for decisions and action items can be found as an attachment. Contractor may record the meeting with their own recording device. Task 2: Transcribe AMWG meeting notes and include reference to supporting documentation such as meeting agenda, read-ahead materials, and presentations in the order they were discussed. Record all conference call participant names and affiliations along with all participants in the room. Ask for clarification if needed. Provide speakers name, if stated, before their comments. Record the names of those speakers that introduce and second a motion, as well as the final verbiage of an approved motion. Record separately all Action Items as identified by the AMWG. Task 3: E-mail the draft AMWG meeting decisions, motions and action items to the COR within 5 business days of the meeting. Task 4: E-mail a draft copy of the AMWG meeting minutes to the COR within 10 business days of the meeting. Task 5: Incorporate COR feedback on the draft AMWG meeting decisions (Task 3) and minutes (Task 4) from the COR to produce the final meeting decisions and minutes. E-mail the final AMWG meeting decisions and minutes to the COR for posting to the Program�s website no later than one week after receiving comments back from the COR. Final notes shall be Section 508 compliant in Word and pdf format. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Task 5 Travel -NTE NTE Federal travel regulations Location Flagstaff Phoenix Airfare � open Perdiem � FTR $66 $56 Vehicle Rental Vehicle Mileage Mass Transit/Lyft/Uber Parking Lodging � FTR $141 $146 Miscellaneous Miscellaneous AMWG Webinar Meeting Support: In May there is a conference call usually lasting 4 hours. Tasks include: Task 1: Call into the AMWG Webinar conference call from a location of contractor�s choice. Record all conference call participant names and affiliations. Ask for clarification if needed. Government will provide a list of webinar attendees for cross-checking and validation. Task 2: Take detailed AMWG Webinar meeting minutes, including decisions and action items, for each AMWG conference call. Include reference to supporting documentation such as meeting agenda, read-ahead material, and presentations in the order they were discussed. Task 3: E-mail the draft AMWG Webinar meeting decisions, motions, action items, and minutes to the COR within 5 business days of the meeting. Task 4: Incorporate feedback on the draft meeting minutes from the COR to produce the final AMWG Webinar meeting minutes. E-mail the final meeting minutes to the COR for posting to the Program�s website no later than one week after receiving comments back from the COR. Final notes shall be Section 508 compliant in Word and pdf format. Tasks Total cost Task 1 Task 2 Task 3 Task 4 TWG In-Person Meeting Support. The TWG is currently meeting three times a year (2-day meetings; 16 total hours for each meeting) in person, typically in January, April, and June. The January meeting will be held in a hotel typically in the Phoenix area. The April and June meetings are typically held at Arizona Dept of Water Resources, 1110 W. Washington Street, Suite 310, Phoenix, Arizona. Tasks include: Task 1: Arrive at meetings 15 minutes in advance of meeting start time to set up equipment and coordinate with COR. Take detailed meeting minutes, including decisions and action items, during each TWG meeting. The format to be followed for decisions and action items can be found as an attachment. Contractor may record the meeting with their own recording device. Task 2: Transcribe TWG meeting notes and include reference to supporting documentation such as meeting agenda, read-ahead materials, and presentations in the order they were discussed. Record all conference call participant names and affiliations along with all participants in the room. Ask for clarification if needed. Provide speakers name, if stated, before their comments. Record the names of those speakers that introduce and second a motion, as well as the final verbiage of an approved motion. Record separately all Action Items as identified by the TWG. Task 3: E-mail the draft TWG meeting decisions, motions and action items to the COR within 5 business days of the meeting. Task 4: E-mail a draft copy of the TWG meeting minutes to the COR within 10 business days of the meeting. Task 5: Incorporate feedback on the draft TWG meeting decisions (Task 3) and minutes (Task 4) from the COR to produce the final meeting decisions and minutes. E-mail the final TWG meeting decisions and minutes to the COR for posting to the Program�s website no later than one week after receiving comments back from the COR. Final notes shall be Section 508 compliant in Word and pdf format. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Task 5 Travel -NTE Travel - NTE Units Phoenix Total Airfare - open Perdiem - FTR $56 $224 Rental Mass Transit/Uber/Lyft Mileage Parking Lodging - FTR $146 $438 Miscellaneous Miscellaneous TWG Webinar Meeting Support: In October there is a TWG Webinar conference call usually lasting 4 hours. Tasks include: Task 1: Call into the conference call from a location of contractor�s choice. Record all TWG webinar conference call participant names and affiliations. Ask for clarification if needed. Government will provide a list of webinar attendees for cross-checking and validation. Task 2: Take detailed TWG webinar meeting minutes, including decisions and action items, for each TWG webinar conference call. Include reference to supporting documentation such as meeting agenda, read-ahead material, and presentations in the order they were discussed. Task 3: E-mail the draft TWG webinar meeting decisions, motions, action items, and minutes to the COR within 5 business days of the meeting. Task 4: Incorporate feedback on the draft TWG webinar meeting minutes from the COR to produce the final meeting minutes. E-mail the final TWG webinar meeting minutes to the COR for posting to the Program�s website no later than one week after receiving comments back from the COR. Final notes shall be Section 508 compliant in Word and pdf format. Tasks Total cost Task 1 Task 2 Task 3 Task 4 Support the Program�s Ad Hoc Meetings. The Program currently has several ad hoc work groups that meet periodically via virtual means (i.e., webinar). These calls last between 1 and 3 hours depending on the group. Task 1: Call into the conference call from a location of contractor�s choice. Record all Ad Hoc conference call participant names and affiliations. Ask for clarification if needed. Task 2: Take detailed Ad Hoc meeting minutes, including decisions and action items, for each Ad Hoc conference call. Task 3: E-mail the Ad Hoc meeting decisions, action items, and minutes to the COR within 5 business days of the meeting. Tasks Total cost Task 1 Task 2 Task 3 Total Schedule B CLIN Description Base OY1 OY2 OY3 OY4 0010 AMWG meeting (2-day) 0020 AMWG conference call 0030 AMWG meeting (2-day) 0040 TWG meeting (1-day) 0050 TWG meeting (2-day) 0060 TWG conference call 0070 TWG meeting (2-day) 0080 TWG meeting (2-day) 0080 Ad Hoc conference call 0100 Ad Hoc conference call 0110 Ad Hoc conference call 0120 Ad Hoc conference call 0130 Ad Hoc conference call 0140 Ad Hoc conference call Total price includes all applicable fees and taxes. The provision at 52.212-1, Instructions to Quoters-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term �quote� where the term �offer� appears in the provision. By the provision at 52.212-2, Evaluation-Commercial Items, this procurement will be evaluated as follows: 52.212-2 EVALUATION � COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Experience requirements: 1) Demonstrated English speaking and writing with a strong understanding of scientific discussions, especially those related to biology, ecology, geomorphology, archaeology, and cultural topics. Preferred experience includes specific experience with river resource programs. a. Vendor shall submit documentation of this technical capability by providing at least two (2) examples of past minutes from scientific meetings and discussions with their quotation package. 2) Demonstrated ability to provide concise documentation and note taking for highly technical scientific meetings. Preferred experience includes specific experience with river resource programs. a. Vendor shall submit documentation of this technical capability by providing at least two (2) examples of past minutes from scientific meetings and discussions with their quotation package. 3) Demonstrated experience with multiple stakeholder programs including federal and state governments, environmental organizations, Tribal and public participants. Preferred experience includes specific experience with River Resource Programs. a. Vendor shall submit documentation of this past experience by submitting a list of meetings where similar work was performed within the last 5 years. Past Performance requirements: 4) Demonstrated ability of past performance with FACA meetings or Similar Resource Advisory meetings, and note taking and documentation of previous FACA meetings. a. Vendor shall submit documentation of this past experience showing a listing of FACA meetings attended within the last 5 years where note-taking and minutes work was performed. Price: Shall be evaluated separately from Technical and Past Experience factors. When combined, Technical Capability and Past Experience are greater when compared with Price. b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept an quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following Provisions Apply to the Solicitation Process of this Procurement: 52.252-1, Provisions Incorporated by Reference (FEB 1998). Any Provisions incorporated by Reference can be found in full text at: https://www.acquisition.gov/far 52.252.5 � Authorized Deviations in Provisions (APR 1984) 52.212-1 � Instructions to Quoters � Commercial Items (OCT 2018) 52.212-2 � Evaluation � Commercial Items � (OCT 2014) 52.213-3 - Quoter Representations and Certifications � Commercial Items (DEC 2019) - must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7 � System for Award Management (SAM) (OCT 2018) 52.204-16 � Commercial and Government Entity Code Reporting (JUL 2016) 52.225-25 � Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (AUG 2018) 1452.215-97 - Use and Disclosure of Proposal Info (APR 1984) WBR 1452.225-82 � Notice of World Trade Organizations Government Procurement Agreement Evaluations (MAY 2005) The Following Provision must be Completed by and Signed by the Submitting Entity with their quotation package. 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) The Quoter shall not complete the representation in this provision if the Quoter has represented that it �does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Quoter shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Quoter represents that it � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Quoter has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Quoter shall provide the following information as part of the quote� (1) A description of all covered telecommunications equipment and services quoted (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Signed: _____________________________________________ Date: ______________ The following Clauses Apply to the Solicitation and Any Subsequent Award for this Procurement: 52.252-2, Clauses Incorporated by Reference (FEB 1998). Any Clauses incorporated by Reference can be found in full text at: https://www.acquisition.gov/far 52.252-6 � Authorized Deviations in Clauses (APR 1984) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply: ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors; The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) 52.203-19 � Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 � Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13 � System for Award Management Maintenance (OCT 2018) 52.204-18 � Commercial and Government Entity Code Maintenance (JULY 2016) 52.204-23 � Prohbition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Entities (JULY 2018) 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 � Notice of Total Small Business Set Aside (DEVIATION)(JUL 2019) 52.219-8 - Utilization of Small Business Concerns (OCT 2018) 52.219-14 - Limitations on Subcontracting (Jan 2017) 52.219-28 � Post Award Small Business Program Representation (JUL 2013) 52.222-3 - Convict Labor (June 2003) 52.222-17- Nondisplacement of Qualified Workers (MAY 2014) 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21 - Prohibition of Segregated Facilities (Apr 2015). 52.222-26 - Equal Opportunity (SEPT 2016) 52.222-35 - Equal Opportunity for Veterans (OCT 2015) 52.222-36 - Equal Opportunity for Workers with Disabilities (JULY 2014) 52.222-37 - Employment Reports on Veterans (FEB 2016) 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 � Service Contract Labor Standards (AUG 2018) The following wage determinations apply to this contract and shall be included with any award. Vendors are expected that any quoted price for their services under this contract shall include at a minimum these wages for any personnel performing services under this contract: 2015 -5469 � Revision 11 Dated 12/23/2019 2015 -5465 � Revision 11 Dated 12/23/2019 For meetings that take place at the Vendor�s location of business the prevailing wage determination will be implemented and attached to the final award documents. 52.222-43 � Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 - Combating Trafficking in Persons (JAN 2019) 52.222-51 � Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration or Repair of Certain Equipment � Requirements (MAY 2014) 52.222-53 � Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requirements (MAY 2014) 52.222-54 � Employement Eligibility Verification (OCT 2015) 52.222-55 � Minimum Wages Under Executive Order 13658 (MAR 2016) 52.222-62 � Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management (OCT 2018) 52.232-40 � Providing Accelerated Payments to Small Business SubContractors (DEC 2013) 52.233-3 � Protest After Award (AUG 1996) 52.233-4 � Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-15 � Stop Work Order (AUG 1989) Additional Clauses that will apply to any award resulting from this solicitation are: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 Days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years 6 Months. DOI-AAAP-0028 � Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) (APR 2013) 1452.201-70 � Authorities and Delegations (SEP 2011) WBR1452.201-80 � Contracting Officer�s Representative�s Authorities and Limitations � Bureau of Reclamation (MAY 2018) Written, signed Quotes on a company letterhead with contact information are due no later than March 10, 2020 by email to jgoss@usbr.gov. These Quotes shall include the vendors technical and past experience submissions, a copy of Clause 52.204-24 with the fill in completed and signed, a copy of the statement of work with inserted schedules completed (a PDF of the full announcement will be attached to this announcement) and any other necessary documentation to the contracting officer listed above. For information or questions regarding this Request for Quotation, please contact the Contracting Officer at 801-367-1724 or jgoss@usbr.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/08c4fb3906d142acb3626f5d72b66ff7/view)
- Record
- SN05570533-F 20200226/200224230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |